Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOURCES SOUGHT

R -- Meeting, Teaming, and Related Support Services for the HEAL Native Collective Research Effort to Enhance Wellness (N CREW): Addressing Overdose, Substance Use, Mental Health, and Pain Program

Notice Date
12/15/2023 7:24:40 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024R00033
 
Response Due
1/2/2024 10:00:00 AM
 
Archive Date
01/17/2024
 
Point of Contact
Shaun Rostad, Phone: 3015949516, Joshua T. Lazarus, Phone: 301-443-6677
 
E-Mail Address
shaun.rostad@nih.gov, Josh.Lazarus@nih.gov
(shaun.rostad@nih.gov, Josh.Lazarus@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a SMALL BUSINESS SOURCES SOUGHT NOTICE. This is NOT a solicitation for proposals, proposal of abstracts or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses (e.g., 8(a), Veteran-owned small businesses, service-disabled Veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses); and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The Native Collective Research Effort to Enhance Wellness: Addressing Overdose, Substance Use, Mental Health, and Pain Program (subsequently referred to as N CREW) is funded by NIH�s Helping to End Addiction Long-term� (HEAL) Initiative, which bolsters research across NIH to improve (1) prevention and treatment for opioid misuse and addiction, and (2) pain management. More information about the HEAL Initiative is available at: https://heal.nih.gov/. N CREW was established to address health disparities and is responsive to the priorities shared by Tribal Leaders through Consultation to address the opioid public health emergency, including addressing opioid and stimulant use and pain. The N CREW Program seeks to support Tribes and Native American Serving Organizations (T/NASOs) to respond to the opioid/drug public health emergency, with strategies aimed at addressing overdose, substance use and pain, and related factors such as mental health or wellbeing. Reflecting NIH�s commitment to advancing Native science, the N CREW Program seeks to support T/NASOs to conduct community-led research or improve data while increasing research capacity.� Research prioritized by Native communities is essential for enhancing culturally grounded, strengths-based, effective, and sustainable intervention strategies. Requirements: The primary objective of the following activities is to support the development of partnerships across T/NASOs and Ally Organizations by conducting 4 primary tasks: Designing and implementing meeting(s) (including at least 2 Teaming Meetings and other meetings as required by the N CREW Program). Teaming Meeting is defined broadly to include in-person/hybrid and virtual opportunities to engage with different N CREW funded recipients in various ways that support effective partnership building, for example meetings or events designed to support networking, sharing and learning about organizational assets and partnership or other needs that could be addressed through partnerships, trust-building, matchmaking, partnership selection, and development of partnership roles and responsibilities. It also includes any activities needed between meetings to support meetings achieving teaming goals. The ultimate output of the Teaming Meeting(s) and related activities will be an increase in the quantity and quality of partnerships that form to advance T/NASO-led research and overall N CREW Program goals. The Contractor shall fulfill the following event needs of Federal agencies to ensure execution of successful meetings: Meeting plans, including planned content and communication approaches that support partnership development for Teaming Meetings; Site selection, and meeting contract negotiation and coordination; Onsite support before, during, and after in-person/hybrid meetings; Registration and logistics, including hospitality; Message center operations, registration support, and event business services; Contractor graphic support; Travel and transportation for agency-designated participants and materials; Government-authorized and allowable consulting fees, honoraria, and expense reimbursements; Design, production, and on-time delivery of high-quality ancillary materials; Duplication services; Event promotion and marketing; Event set-up, including site requirements and audiovisual, electronic, and Web support; Exhibit signage and display production; Secretarial and clerical support, including transcription and records management; Production of books, reports, presentations, and interactive media; Supply services, equipment, parts, accessories, staffing, labor, climate control, and power needs required for installation of non-permanent and temporary exposition and exhibition space, including but not limited to rental and installation of canopies and tents; and File maintenance, records management, and event archiving. Identifying effective communications approaches to support partnership development and Teaming activities, as well as other communication needs within the N CREW program. This will include: Organization of events related to communications Includes strategic planning sessions and routine meetings with NIH to develop a partnership development strategy for fostering communication and partnership development in the Teaming Meetings; Development of messages for all meetings and teaming related activities; Development of shared communication resources; Design, development, execution, and reporting of approved surveys, polls, or focus groups to provide feedback (e.g., on meetings or selected communication approaches); The creation of a partnership development strategy based on effective communication practices. Engaging in audience outreach to ensure the Teaming Meetings and related activities are relevant and to promote high engagement. The contractor will be required to design and execute the full range of comprehensive communication and recruitment efforts targeted to T/NASOs and Ally Organizations in support of the N CREW Program Teaming Activities. Developing materials to support partnership development activities before, during, and after the Teaming Meetings, as well as other materials needed for the N CREW Program. This will include: Providing a full range of writing and editorial services, including but not limited to writing, proofreading, revising, copy editing, technical editing, and senior level editing in support of the development and production of high-quality publications, reports, and materials. Developing, managing, and distributing information or materials that will be shared with attendees prior to, during, and after the Teaming Meetings. Experience working with Native American populations will be considered. Capable Offerors must demonstrate their experience and ability to complete the requirements for this project.� Anticipated period of performance: The anticipated period of performance, including any option periods, and project phasing is as follows: three (3) years, divided into one (1) base period and two (2) option periods. Instructions: Interested organizations shall demonstrate and document in the submitted capability statement extensive experience in the technical areas listed above. Furthermore, organizations should include relevant and specific information on each of the following qualifications: 1) Approach: Vendors should prepare a narrative describing the methodologies, approach and techniques utilized on similar relevant projects to achieve the requirements listed above. 2) Experience: An outline of previous similar projects, specifically the techniques employed in the areas described above. 3) Personnel: Name, professional qualifications of personnel with specific experience in the work requested and knowledge of, and experience in, the requirements outlined above. The Government will assess the appropriateness of professional and technical personnel classifications.� The Government will consider any other specific and relevant information about this particular announcement that would improve our evaluation of respondents.� Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner.� Documentation may include, but is not limited to, contracts in which the organization performed equivalent tasks (Government and commercial); references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability; and awards or commendations. The established NAICS code is 541611 � Administrative Management and General Management Consulting Services. The U.S. Small Business Administration establishes a size standard for 541611 of $24,500,000 or less in annual revenue. THIS IS NOT A REQUEST FOR PROPOSALS: This notice is for information and planning purposes only and does not commit the Government to any contractual agreement.� The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government's use.�� All capability statements must provide the following: 1) company name and address, UEI number; 2) point of contact; 3) phone/fax/email; 4) NAICS Code(s), 5) business size and status; 6) type of small business your organization classifies itself as (i.e.: women-owned, HUBZONE, etc.). Capability statements must be SUBMITTED ELECTRONICALLY NO LATER THAN 1 p.m. EST on JANUARY 2, 2023 to the primary point of contact. The Subject line for the submission should include this Small Business Sources Sought Number. Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9655dd991a494d0189e093238f5361d3/view)
 
Record
SN06914210-F 20231217/231215230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.